You are not logged in.

Apparel (work wear, offender clothing, 'at risk' clothing and Specialist PPE)

Details

Tender Closed
RFx ID : 17611162
Tender Name : Apparel (work wear, offender clothing, 'at risk' clothing and Specialist PPE)
Reference # : 15450
Open Date : Friday, 17 June 2016 12:00 PM (Pacific/Auckland UTC+12:00)
Close Date  : Friday, 22 July 2016 3:00 PM (Pacific/Auckland UTC+12:00)
Tender Type : Request for Proposals (RFP)
Tender Coverage : Sole Agency  [?]
Categories :
  • 42000000 - Medical Equipment and Accessories and Supplies
  • 46000000 - Defense and Law Enforcement and Security and Safety Equipment and Supplies
  • 53000000 - Apparel and Luggage and Personal Care Products
Regions:
  • Auckland
  • Bay of Plenty
  • Canterbury
  • Chatham Islands
  • Gisborne
  • Hawke's Bay
  • Manawatu-Wanganui
  • Marlborough
  • Nelson
  • Northland
  • Otago
  • Southland
  • Taranaki
  • Tasman
  • Waikato
  • Wellington
  • West Coast
Exemption Reason : None
Required Pre-qualifications : None
Contact : Phil Wheeler
via GETS
Alternate Physical Delivery Address  :
Alternate Physical Fax Number  :
Agency Address :
Overview

The Department currently spends approximately $4m procuring Apparel for a number of requirements. These being:
• specialist work wear for prison-based staff (Custodial Officers, Dog Handlers, and Medical staff;
• corporate work wear for front-line staff;
• offender clothing in prisons (tee-shirts, shorts, track pants etc);
• ‘at risk’ clothing for prisoners within its ‘at risk’ units;
• specialist PPE - commonly referred to as Tactical Equipment. This includes items such as shields, arm / leg protectors etc.

The Department is seeking to appoint two national suppliers, one to provide its work wear, offender apparel, and ‘at risk’ clothing (Lot 1) and one for its specialist PPE (Lot 2) supplies. Respondents may respond to one or both of these areas. The Department is seeking a supplier(s) who:
• are able to provide either all of its work wear, offender apparel, and at risk clothing items (Lot 1) or its specialist PPE products (Lot 2).
• provide an integrated on-line ordering system;
• can meet the departments differing product delivery timeframes;
• has account management at a national and regional level;
• can provide the Department national reporting information relating to contract volumes, national and regional spend, out of stock items, DIFTOT etc.

The Department is welcoming of receiving consortium bids that are able to meet and deliver to the Department’s requirements.

RFx Outcome

This tender has been awarded to:

  • Tactical Solutions Corporation
  • Workwear Group Pty Ltd

Further Award Information:
Specialist PPE:
1. Name of Successful Tenderer(s): Tactical Solutions
2. Location: National
3. Date the contract/s was awarded: 6 March 2017
4. Term of contract/s (including rights of renewals): 5 + 4
5. Estimated cost of the procurement: $500K-$1M
6. Type of Procurement process used: Open
7. Was there an exemption used: No

Workwear, offender clothing, 'at risk' clothing:
1. Name of Successful Tenderer(s): Workwear Group
2. Location: National
3. Date the contract/s was awarded: 15 Jan 2018
4. Term of contract/s (including rights of renewals): 5 + 4
5. Estimated cost of the procurement: $10M-$25M
6. Type of Procurement process used: Open
7. Was there an exemption used: No

Award Date: Thursday, 1 March 2018 (Pacific/Auckland UTC+13:00)
Date RFx was completed/updated: Thursday, 22 June 2017 4:30 AM (Pacific/Auckland UTC+12:00)